Virginia Bids > Bid Detail

6530--Weapons Detection System

Agency: VETERANS AFFAIRS, DEPARTMENT OF
Level of Government: Federal
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
Opps ID: NBD00159829723338516
Posted Date: Apr 5, 2024
Due Date: Apr 12, 2024
Solicitation No: 36C26224Q0952
Source: https://sam.gov/opp/0700b37b0e...
Follow
6530--Weapons Detection System
Active
Contract Opportunity
Notice ID
36C26224Q0952
Related Notice
Department/Ind. Agency
VETERANS AFFAIRS, DEPARTMENT OF
Sub-tier
VETERANS AFFAIRS, DEPARTMENT OF
Office
262-NETWORK CONTRACT OFFICE 22 (36C262)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Apr 05, 2024 09:43 am PDT
  • Original Response Date: Apr 12, 2024 10:00 am PDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 12, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6530 - HOSPITAL FURNITURE, EQUIPMENT, UTENSILS, AND SUPPLIES
  • NAICS Code:
    • 561621 - Security Systems Services (except Locksmiths)
  • Place of Performance:
    Department of Veterans Affairs VA Loma Linda Healthcare System Loma Linda , 92357
    USA
Description
This is a SOURCES SOUGHT ANNOUNCEMENT ONLY. It is neither a solicitation announcement nor a request for proposals or quotes and does not obligate the Government to award a contract. Responses to this sources sought notice must be in writing. The purpose of this sources sought announcement is for market research to make appropriate acquisition decisions and to gain knowledge of potential businesses interested and capable of providing the supplies described below.

VA Loma Linda Healthcare System Police Department located at 11201 Benton St, Loma Linda, CA 92357 is looking to set up a firm fixed-price contract for Weapon Detection System and its installation service.

BACKGROUND:

The purpose of this contract is to enhance the security posture of the Loma Linda VA Health Care System. Currently, there are concerns with the numerous active shooting incidents across our nation. These shootings have occurred at schools, malls, churches, hospitals, etc. It is imperative that we make every effort to protect our patrons from these warrantless attacks. In an effort to increase our security, we are planning to increase our security posture by installing a security screening system to each entrance of the facility which will help Police Services easily detect firearms and other dangerous weapons entering the medical center. The Weapons detection system is designed to notify the Police Service of any patron entering the building with weapons, even those that are concealed, to prevent them from entering the medical center. The system is designed to detect guns, knives, explosives, etc. The system needs to have the ability to send notifications to Police Dispatch.

SCOPE OF WORK:

Contractor Employees: The contractor shall not employ personnel for work on this contract if such employee is identified to the contractor as a potential threat to the health, safety, security, general well-being or operational mission of the installation and its population.
The Contractor shall furnish service manuals and/or test equipment for the performance of this contract. It is the responsibility of the Contractor to bring the appropriate equipment, parts and/or supplies necessary to complete the work as required. The Contractor shall be familiar and follow maintenance guidelines contained in current technical service manuals for all equipment and sub-assemblies listed. Manuals shall include but not be limited to schematics, diagrams, written procedures, and parts lists.
All work shall be performed, and equipment shall function in conformance with all VA safety standards, manufacturer s/industry standards, the latest published edition of NFPA-99, FDA, OSHA, Joint Commission, and other applicable national standards. The program manager may facilitate a copy of VA safety standards to the Contractor upon request.
Contractor personnel shall present a neat appearance and be easily recognized as contractor employees. This may be accomplished by wearing distinctive clothing bearing the name of the company or company ID badge. Contractor field service personnel shall be dressed to present a clean, neat appearance at all times when performing under this contract.
Personnel performing maintenance and repair services must be fully qualified, competent, technicians. Fully qualified and competent is defined as factory trained and verified by the Original Equipment Manufacturer (OEM).

CHECK IN AND OUT ON SERVICE CALLS AT THE VA FACILITIES:

ACCESS: Access to work areas, and performance monitoring, will be provided by the program manager. After hours response will be monitored by Police Dispatch, 909-825-7084 Extension 2135. In all cases, VA Police Dispatch shall be notified of any changes which may affect the response time of vital equipment and contact the program manager with updates. For repairs or services required on weekends, holidays or after normal working hours, the Contractor s repairman is required to contact the program manager prior to make necessary arrangements. Contractor will check-in and check-out upon arrival and departure at Police Service and with the program manager, if available, or the on-duty Supervisor of the department.

NATIONAL HOLIDAYS:

The Contractor is not required to provide delivery or services on the following National Holidays.

New Year s Day
January 1
Martin Luther King s Birthday
Third Monday in January
President s Day
Third Monday in February
Memorial Day
Last Monday in May
Juneteenth
June 19
Independence Day
July 4
Labor Day
First Monday in September
Columbus Day
Second Monday in October
Veterans Day
November 11
Thanksgiving Day
Fourth Thursday in November
Christmas Day
December 25

When a holiday falls on a Sunday, the following Monday shall be observed as a legal holiday by U.S. Government agencies. When a holiday falls on a Saturday, the preceding Friday shall be observed as a legal holiday by U.S. Government agencies. Also included would be any other day specifically declared by the President of the United States as a National Holiday.

PARKING POLICY:

It is the responsibility of Contractor personnel to park only in designated parking areas. Parking information is available from the COR or VA Police. The VA shall not invalidate or make reimbursement for parking violations of Contractor's personnel under any circumstances.

SMOKING POLICY:

Contractor personnel may not smoke or vape on VA property.

ORDERING ACTIVITY:

Contractor shall not accept any instructions issued by any person other than the CO or COR acting within the limits of his/her authority.

CHANGES TO CONTRACT:

Only those services specified herein are authorized. Before performing any service of a non-contractual nature, Contractor shall advise the CO of the reason(s) for the additional work and/or service.

PERIOD OF PERFORMANCE:

The contractor shall provide a period of performance prior to award and shall be determined with the program office s confirmation. Normal daytime working hours will be adhered to. Normal daytime work hours are 0730 to 1600 Monday through Friday. If the contractor wishes to work at nighttime or during other unscheduled times, they must first get permission from the Contracting Officer.

SPECIFIC MANDATORY TASKS AND ASSOCIATED DELIVERABLES:

The Contractor shall provide all necessary resources, labor, personnel, equipment, tools, materials, supervision, travel, on-site training and other items and services necessary to install a fully functioning Weapons Detection System, as needed by the Loma Linda VA Health Care System, Loma Linda, California. The vendor will respond and be onsite, if necessary, ready to deliver services as required to perform necessary repair work. The contractor is required to run the connections for each station using existing circuits and conduits. The contractor is required to route the systems into Police Dispatch through existing conduit. The contractor is required to permanently install the systems in place. Electrical connections will be provided by Loma Linda HCS Engineering/Electrical team. The contractor is required to complete the rest of the install to include but not limited to bolt/secure the weapon detection system to the floor, run the connections for monitoring the system into Police Dispatch, and general set up of the system and software.
This is an early warning that system must be able to perform at the minimum, the following functions:
The system must be able to detect weapons, such as firearms, knives, explosives, etc.
The system must be able to detect concealed weapons.
The system must be capable of disregarding non-threat objects of similar size.
The system must have an ability to sense visual presentation of weapons immediately.
The system must be able to function unmanned.
The system cannot cause a change to current security operations, processes, staffing, or costs.
The system must be capable of sending notifications to various devices, i.e., dispatch centers, cell phones, police radios, etc.
The system must be able to discern between a weapon and a metal prosthetic.
The system must be capable of providing a picture of the suspect to the responding officers.
The system must be nonintrusive to patrons entering the medical center.
System must be capable of providing real-time notifications.
The system must be installed without significant modification to a facility must be simple bolt install system without modification to the current floor/wall or having to make a channel or cut outs to the system to fit flat and level with the floor.
The system must be able to be customized to facility needs with decals and signs.
The system must have learning software that can be updated with new and unusual weapon designs.
The system must be able to be monitored from a central location (dispatch, etc.)
The system must be passive scanning, not utilizing radiation or other potential harmful and interfering technology.
The system must have an ability to provide different alert levels (clear, likely, confirmed, etc.)
The system must have an ability to push notification to smart phones and other mobile devices, allowing law enforcement to receive threats from anywhere.
Weapon Detection System is to be installed at five (5) locations throughout the medical center, located at 11201 Benton St, Loma Linda CA 92357.
Installation Locations:
Main Lobby Entrance
Ambulance Entrance
Emergency Department Entrance
North Entrance
Employee Entrance

Product Name and Components:
Weapons Detection System, (5) Total Single Lanes, (1) Weapon Detection lanes, (2) Tablets per lane, Front/Rear Cameras (for detection system, not integrated into the VALL Video Management System), Software, Training, Calibration/Set up, Installation, Rough in communication cable pulled from each lane location to the Police Dispatch Room 1A-88, power pulled to each Lane & each Lane to be permanently fixed at each location. VA has confirmed the hardware purchase.

Items being offered must be in compliance with the Buy American Act.

If you are interested and are capable of providing the required supplies, please provide the following information.
(1) Company Name, Address, Point of Contact
(2) Size status and representations of your business, such as but not limited to: Service Disabled Veteran Owned Small Business (SDVOSB), Veteran Owned Small Business (VOSB), HUBZone, Woman Owned Small Business (WOSB), Large Business, etc.
(3) Is your company considered small under the NAICS code 561621- Security Systems Services (except Locksmiths) ?
(4) Does your company have an FSS contract with GSA or the NAC or are you a contract holder with any other federal contract? If so, please provide the contract type and number.
(5) If you are an FSS GSA/NAC or other federal contract holder, are the referenced items/solutions available on your schedule/contract?
(6) Please provide general pricing and product lead time for your products/solutions for market research purposes.
(7) Please submit a capability statement that addresses qualifications and verifies ability to perform work described above.

The Government is not obligated to nor will it pay for or reimburse any costs associated with responding to this sources sought announcement. This notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract, nor does it restrict the Government to a particular acquisition approach. The Government will in no way be bound to this information if any solicitation is issued. The VA is mandated by Public Law 109-461 to consider a total set-aside for Service Disabled Veteran Owned Small Businesses. However, if there are insufficient Service Disabled Veteran Owned Small Business responses, an alternate set-aside or full and open competition may be determined. No sub-contracting opportunity is anticipated. The North American Classification System (NAICS) code for this acquisition is 561621 ($25M).

Responses to this notice shall be submitted via email to Hestia.Sim@va.gov. Telephone responses will not be accepted. Responses must be received no later than 4/12/2024 10:00 AM Pacific Local Time.

After review of the responses to this sources sought announcement, a solicitation may be published on the beta.sam.gov or GSA eBuy websites. Responses to this sources sought announcement will not be considered adequate responses to the solicitation. All interested offerors must respond to the solicitation in addition to responding to this sources sought announcement. Prospective bidders must be authorized re-sellers in order to participate in the solicitation process.

Notice to potential offerors: All offerors who provide goods or services to the United States Federal Government must be registered in the System for Award Management (SAM) at www.sam.gov. Additionally, all Service Disabled Veteran Owned Small Businesses or Veteran Owned Small Businesses must be registered with U.S. Small Business Administration (SBA) located at http://veterans.certify.sba.gov.
Attachments/Links
Contact Information
Contracting Office Address
  • 335 E. German Rd SUITE 301
  • Gilbert , AZ 85297
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 05, 2024 09:43 am PDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >